Virginia Bids > Bid Detail

Qualitative Analysis of Haul Truck Operation Cognitive Task Analysis

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Level of Government: Federal
Category:
  • R - Professional, Administrative and Management Support Services
Opps ID: NBD00159390901990188
Posted Date: May 22, 2023
Due Date: Jun 5, 2023
Solicitation No: PR-77138
Source: https://sam.gov/opp/888f7bd516...
Follow
Qualitative Analysis of Haul Truck Operation Cognitive Task Analysis
Active
Contract Opportunity
Notice ID
PR-77138
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
CENTERS FOR DISEASE CONTROL AND PREVENTION
Office
CDC OFFICE OF ACQUISITION SERVICES
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: May 22, 2023 09:59 am EDT
  • Original Date Offers Due: Jun 05, 2023 12:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jun 20, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: R499 - SUPPORT- PROFESSIONAL: OTHER
  • NAICS Code:
    • 541990 - All Other Professional, Scientific, and Technical Services
  • Place of Performance:
    Blacksburg , VA
    USA
Description

NOTICE OF INTENT TO ISSUE AN ORDER. This is not a request for competitive proposals/quotes. The Centers for Disease Control and Prevention (CDC) hereby announces its intent to issue a sole source order to Virginia Polytechnic Institute and State University at the Virginia Tech Transportation Institute, at 3500 Transportation Research Plaza, Blacksburg, VA 24061 for Qualitative Analysis of Haul Truck Operation Cognitive Task Analysis.



The NAICS code for this acquisition is 541990- All Other Professional, Scientific, and Technical Services, with a size standard of $19.5 million.



SECTION 1 – BACKGROUND



NIOSH is conducting a research study to investigate haul truck-related accidents in surface mining. Researchers developed two semi-structured interview instruments to gain an understanding of both the baseline user requirements for haul truck operators and how operators respond to challenging or nonroutine situations. The first interview instrument utilized a general Cognitive Task Analysis (CTA) interview method to gain understanding of the overall (i.e., big picture) goals, skills, hazards, and user requirements for haul truck operators. The second interview instrument utilized the Critical Decision Method (CDM) interview strategy to gain an understanding of how haul truck operators respond to challenging or nonroutine scenarios and to gain a greater depth of knowledge about these scenarios. Participants for the CTA interviews included haul truck operators, managers, health and safety professionals, trainers, and maintenance personnel, whereas the CDM was only used with haul truck operators. A total of 96 interviews (21 CDMs) were conducted across 11 mine sites operated by 7 companies. The interview lasted approximate 60-90 minutes each.



These interviews were conducted remotely using Zoom video conferencing software. These meetings were recorded and professionally transcribed. These interviews were collected under an approved CDC Institutional Review Board (IRB) research protocol. NIOSH has cleaned and deidentified all the data.



However, they lack the time and personnel to complete the intended analysis. Therefore, NIOSH is seeking qualified teams to support in the analysis and interpretation effort.



SECTION 2 – PURPOSE/OBJECTIVE



Provide the Centers for Disease Control (CDC), National Institute for Occupational Safety and Health Research’s (NIOSH) Office of Mine Safety and Health Research (NIOSH) qualitative analysis assistance in order to organize, analyze, and interpret interview data and notes from a recent human subjects data collection effort.



SECTION 3 – SCOPE OF WORK



The contractor will provide NIOSH with a complete qualitative and quantitative analysis and interpretation of the cognitive task analysis data according to the mutually agreed upon research questions and analysis techniques. These questions will be finalized at the kickoff meeting with the contractor, but will be similar to:




  1. What are the goals, skills, challenges, and task requirements for haul truck operators?

  2. How do haul truck operators respond to challenging or non-routine scenarios?

  3. Are there differences in risk perceptions between managers and haul truck operators?

  4. Are there differences in expectations between managers and haul truck operators in how to manage risk on site?

  5. What are the gaps in current haul truck operator hazard recognition and training?

  6. How does mineworker perceptions of haul truck related technology compare to intended use? What are the barriers to adoption?



The contractor will propose their analysis methods and interpretations to NIOSH researchers during the monthly calls for discussion, modification, and approval. However, all approvals will be specifically requested and given in writing following or in-between meetings. NIOSH has 5 business days to respond in writing of their approval.



All individual contractors accessing the data will be required to complete all necessary training as deemed by the CDC/NIOSH Institutional Review Board (IRB) in order to be a listed partner on the protocol. This minimally includes the completion of one of the following: (1) Biomedical Research and RCR Combined OR



(2) Social & Behavioral Research and RCR Combined offered by CITI (Research, Ethics, and Compliance Training | CITI Program). This certification will be obtained at the contractor’s expense as a part of this contract.



NIOSH owns all data and results from this work. However, the intent of this contract is to facilitate the dissemination of the results. Collaborative publication is the intent of the final written efforts and may extend beyond this contract at the level of professional involvement desired by the contractor and authorship guidelines of the publishing journal.



NIOSH will provide the contractor with all deidentified data files in electronic format including, transcripts and notes (Microsoft Word format), and mine and subject demographic data (Microsoft Excel format) via a government approved filesharing service (e.g., ShareFile, MoveIt) that is hosted by the government. NIOSH will also provide the data collection materials and data collection protocol in a readable electronic format (e.g., Word, PDF).



The contractor is responsible for providing their own software and hardware necessary to complete the work detailed here. This is specifically including by not limited to: computers, qualitative analysis software (that meets the government requirements and is mutually agreed upon e.g., Nvivo), and Microsoft Office.



PERIOD OF PERFORMANCE



Twelve (12) months



*****



A determination by the Government not to compete this proposed action will be based on responses to this notice and is solely in the discretion of the Contracting Officer. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement.





All vendors must be registered in the System for Award Management (SAM) at www.sam.gov , prior to an award of a federal contract.





This action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.106-1(b) and 10 U.S.C. 2304(c)(1). Interested persons may identify their interest and capability to respond to the requirement or submit quotations.





This is not a request for competitive quotations; however, the Government will review any/all product, capabilities, and pricing information submitted prior to the closure of this notice. A determination by the government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.



Responsible sources that believe they possess the expertise and capabilities identified above are hereby afforded the opportunity to submit to the Contracting Officer by the closing date of this notice, their written capabilities statement and pricing information in the format they choose, not to exceed 10 pages. Please forward, as applicable, any capabilities, product, pricing information (for products, etc.), and/or other pertinent information to Diane J Meeder, Contracting Officer, CDC, via email at DMeeder@cdc.gov by June 5, 2023 at 12:00 PM. ET Local.


Attachments/Links
Contact Information
Contracting Office Address
  • 1600 CLIFTON ROAD
  • ATLANTA , GA 30333
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • May 22, 2023 09:59 am EDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >